Award

Small Vessel Emergency Fire Pumps and Engines

CALMAC FERRIES LIMITED

This public procurement record has 2 releases in its history.

Summary of the contracting process

CalMac Ferries Limited, located at Ferry Terminal, Gourock, has conducted a public procurement process titled "Small Vessel Emergency Fire Pumps and Engines". This process falls within the services category, specifically related to the transport industry as a ferry operator. The procurement was carried out under an open procedure. The tender period closed on 4th January 2019, and the award for this contract was made on 23rd January 2019, with a total contract value of £72,000. The contract will include the supply and delivery of fire pumps and engines, with optional commissioning services.

This tender presents significant opportunities for businesses in the maritime services sector, especially those specialising in fire safety equipment, marine engineering, and vessel support services. Companies capable of meeting stringent technical and quality standards, as specified in the tender documentation, will be well-suited to compete. Additionally, suppliers offering innovative solutions that cater to the specific needs of ferry operators could find a unique advantage in this procurement process, especially considering the robust scoring methodology that prioritises quality and technical capability.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Small Vessel Emergency Fire Pumps and Engines

Notice Description

Supply and Delivery with opritonal commissioning of Small Vessel Emergency Fire Pumps and Engines

Lot Information

Lot 1

Inservice and Dry Docking Maintenance and Repair of MAK Engines and Associated Parts. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts(Scotland) Regulations 2015.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000568266
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN343494
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
PCS Notice - Website Contract Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

50 - Repair and maintenance services


CPV Codes

50241000 - Repair and maintenance services of ships

50246100 - Dry-docking services

Notice Value(s)

Tender Value
£90,000 Under £100K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£72,000 Under £100K

Notice Dates

Publication Date
29 Jan 20197 years ago
Submission Deadline
4 Jan 2019Expired
Future Notice Date
Not specified
Award Date
23 Jan 20197 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Not Specified
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
CALMAC FERRIES LIMITED
Contact Name
Steven McEwan
Contact Email
steven.mcewan@calmac.co.uk
Contact Phone
+44 1475656326

Buyer Location

Locality
GOUROCK
Postcode
PA19 1QP
Post Town
Paisley
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM33 Inverclyde, East Renfrewshire, and Renfrewshire
Delivery Location
Not specified

Local Authority
Inverclyde
Electoral Ward
Inverclyde West
Westminster Constituency
Inverclyde and Renfrewshire West

Supplier Information

Number of Suppliers
1
Supplier Name

ROYSTON

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-r6ebe6-0000568266-2019-01-29T00:00:00Z",
    "date": "2019-01-29T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000568266",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-38",
            "name": "CalMac Ferries Limited",
            "identifier": {
                "legalName": "CalMac Ferries Limited"
            },
            "address": {
                "streetAddress": "Ferry Terminal",
                "locality": "Gourock",
                "region": "UKM",
                "postalCode": "PA19 1QP"
            },
            "contactPoint": {
                "name": "Steven McEwan",
                "email": "steven.mcewan@calmac.co.uk",
                "telephone": "+44 1475656326",
                "faxNumber": "+44 1475650330",
                "url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "Ferry Operator - Transport",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.calmac.co.uk"
            }
        },
        {
            "id": "org-41",
            "name": "CalMac Ferries Limited",
            "identifier": {
                "legalName": "CalMac Ferries Limited"
            },
            "address": {
                "streetAddress": "Ferry Terminal",
                "locality": "Gourock",
                "region": "UKM",
                "postalCode": "PA19 1QP"
            },
            "contactPoint": {
                "name": "Steven McEwan",
                "email": "steven.mcewan@calmac.co.uk",
                "telephone": "+44 1475656326",
                "faxNumber": "+44 1475650330",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "Ferry Operator - Transport",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.calmac.co.uk"
            }
        },
        {
            "id": "org-42",
            "name": "Royston Ltd",
            "identifier": {
                "legalName": "Royston Ltd"
            },
            "address": {
                "streetAddress": "Royston Ltd, Unit 3 Walker Riverside, Wincomblee Road",
                "locality": "Walker, Newcastle Upon Tyne",
                "region": "UKC",
                "postalCode": "NE6 3PF"
            },
            "contactPoint": {
                "telephone": "+44 1912958000"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        }
    ],
    "buyer": {
        "name": "CalMac Ferries Limited",
        "id": "org-41"
    },
    "tender": {
        "id": "itt_27834",
        "title": "Small Vessel Emergency Fire Pumps and Engines",
        "description": "Supply and Delivery with opritonal commissioning of Small Vessel Emergency Fire Pumps and Engines",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "50246100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "50241000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 90000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2019-01-04T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2019-01-04T12:00:00Z"
        },
        "documents": [
            {
                "id": "DEC340413",
                "documentType": "contractNotice",
                "title": "Small Vessel Emergency Fire Pumps and Engines",
                "description": "Supply and Delivery with opritonal commissioning of Small Vessel Emergency Fire Pumps and Engines",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC340413",
                "format": "text/html"
            },
            {
                "id": "JAN343494",
                "documentType": "awardNotice",
                "title": "Small Vessel Emergency Fire Pumps and Engines",
                "description": "Supply and Delivery with opritonal commissioning of Small Vessel Emergency Fire Pumps and Engines",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN343494",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Inservice and Dry Docking Maintenance and Repair of MAK Engines and Associated Parts. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts(Scotland) Regulations 2015.",
                "status": "complete",
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 360
                },
                "hasRenewal": false
            }
        ],
        "bidOpening": {
            "date": "2019-01-04T12:00:00Z"
        },
        "communication": {
            "atypicalToolUrl": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "Tenderers must pass the minimum standards sections, Part 3, sections B, C and D of Part 4 plus the technical and quality question Certification - This will be scored on a pass/fail basis. A fail result will lead to rejection of the bid. See Invitation to Tender documentation. Delivery - This will be scored on a pass/fail basis. A fail result will lead to rejection of the bid. See Invitation to Tender documentation."
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "minimum": "List and brief description of selection criteria: Please refer to these statements when completing section 4B of the ESPD (Scotland) Statement for 4B.4 Bidders must demonstrate a return on capital employed at a ratio of greater than zero. Ratio will be calculated as follows: net profit after tax divided by net assets (total assets less current liabilities). Bidders must demonstrate a Current Ratio of greater than 1. Current Ratio will be calculated as follows: net current assets divided by net current liabilities. There must be no qualification or contra-indication from any evidence provided in support of the bidders economic and financial standing. Statement for 4B.1.1 The Bidders must provide its ('general') yearly turnover for the latest 3 financial years Statement for 4B.5.1-3. It is a requirement of this contract that bidders hold or can commit to obtain prior to the commencement of any subsequently awarded contract, the types of insurance indicated below. Employer's (Compulsory) Liability Insurance = 5 million GBP Public Liability Insurance = 5 million GBP Product Liability Insurance = 5 million GBP Professional Indemnity Insurance = 5 million GBP Contractor should purchase any other insurance cover as necessary, taking into account the terms and conditions of this contract"
                },
                {
                    "type": "technical",
                    "minimum": "Minimum level(s) of standards required: Statement for 4.D.1: Bidders will be required to produce certificates drawn up by independent bodies attesting that the bidder complies with the required quality assurance standards in accordance with BS EN ISO 9001:2015 (or equivalent) or produce other means of proof concerning the quality assurance schemes. Statement for 4.D.1: Bidders will be required to produce certificates drawn up by independent bodies attesting that the bidder complies with the required health and safety standards in accordance with BS OHSAS 18001:2007 Health & Safety Management Systems or working towards ISO 45001:2018 Occupational Health & Safety Management System (or equivalent) or produce other means of proof concerning the health and safety standards. Statement for 4.D.2: Bidders will be required to produce certificates drawn up by independent bodies attesting that the bidder complies with the required environmental management systems or standards in accordance with BS EN ISO 14001:2015 (or equivalent) or produce other means of proof concerning required environmental management systems or standards."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "classification": {
            "id": "50241000",
            "scheme": "CPV"
        },
        "hasRecurrence": false
    },
    "language": "EN",
    "description": "Vessel movements may also be subject to favourable weather conditions and MCA approval. Scoring methodology for Selection Criteria: pass/fail Award Criteria questions can be found in the ITT together with the weightings. Award scoring methodology will be the following: 0 - Unacceptable. Nil or inadequate response. Fails to demonstrate an ability to meet the requirement. 25 - Poor. Response is partially relevant but generally poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled. 50- Acceptable. Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas. 75 - Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled 100 - Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full. All tender information is available from Public Contracts Scotland-Tender website, Project Code 11828, ITT Code 26053 Tenderers should note that the following questions have been deleted from the ESPD (Qualification Envelope) and are not required for the purposes of this procurement - Part 2A 2A.16; 2A16.1; 2A16.2; 2A16.3; 2A16.4; 2A16.5; 2A16.6 - Official Lists and Certification Part 2B 2B.2; 2B.3; 2B.9 - Information about Representatives of the Bidder. Part 4A 4A.1, 4A1.1 - Trade Registers Part 4A 4A.2; 4A2.1; 4A2.2 4A2.3 - Service Contracts Part 4B B1.2; 4B2.1 4B2.2 4B2.3 - Economic and Financial Standing Part4C 4C.1; 4C1.1 - Works Part 4C 4C2.1- Technicians and Technical Bodies for works Part 4C - 4C11; 4C11.1; 4C11.2 - Products Part 4C 4C12; 4C12.1; 4C12.2 - Quality Control Part 4E - Global Question Part 5 All questions- Reduction of the number of qualified candidates Additional Questions Part 4D 4D1.1.1; 4D1.1.2; 4D1.1.3; 4D1.1.4; 4D1.1.5; 4D1.1.6; 4D1.1.7; 4D1.2.1; 4D1.2.2; 4D1.2.3; 4D1.2.4; 4D1.2.5; 4D1.2.6; 4D1.2.7; 4D1.2.8; - Quality Assurance Schemes Part 4D 4D2.1; 4D2.2; 4D2.3; 4D2.4; 4D2.5; 4D2.6; 4D2.7 Environmental Management Standards. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 11828. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363 The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason: This is a short term agreement. The agreement is for 12 months and is unlikely to produce significant community benefits. However the longer term strategy and agreement is in development which will be for 4 years. Community Benefits will be explored and embedded into the longer term agreement (SC Ref:571773)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000568266"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000568266"
        }
    ],
    "noticetype": "PCS Notice - Website Contract Award Notice",
    "awards": [
        {
            "id": "itt_27834-1",
            "suppliers": [
                {
                    "id": "org-42",
                    "name": "Royston Ltd"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "itt_27834-1",
            "awardID": "itt_27834-1",
            "status": "active",
            "value": {
                "amount": 72000,
                "currency": "GBP"
            },
            "dateSigned": "2019-01-23T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "69",
                "measure": "bids",
                "value": 1,
                "relatedLot": "1"
            }
        ]
    }
}